Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
SOLICITATION NOTICE

N -- Basketball Backboards & Telescopic Bleachers - Package #1

Notice Date
9/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-15-T-7800
 
Archive Date
10/10/2015
 
Point of Contact
Linda Nash-Gallaher, Phone: 7577642241, Christopher A. Townsend, Phone: 7572251546
 
E-Mail Address
linda.nash-gallaher.ctr@us.af.mil, christopher.townsend.1@us.af.mil
(linda.nash-gallaher.ctr@us.af.mil, christopher.townsend.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DOL Wage Determination 05-2543. Photograph: 1) Wall mounted backstops/rectangular to be provided; 2) single row of bleachers to be removed. Photograph: 1) extended backboard/rectangular to be provided; 2) full double bleachers to be removed. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation FA4800-15-Q-7800 is issued as a Request for Quotes (RFQ). A Firm Fixed Price type contract will be awarded. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-83 effective July 02, 2015. This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. NAICS: 451110, Athletic Equipment and Supply Stores, with a small business size standard of $15M. The Contractor shall provide all labor, tools, and sports equipment to complete the tasks identified in CLIN 0001 and 0002, below: CLIN 0001 – Remove and dispose of existing backstops (6 each) located at the Youth Sports and Fitness Center, Ft. Eustis, VA. The existing basketball backboards are glass; the backboard measures 90 degrees. Dimensions of the backboard is 39 height x 54 width. Size if nosecone: The goal is 8.7 feet from the wall, suspending from the wall. Install the following therefore: •Two (2) Porter ceiling suspended backstops, rectangular glass backboard with height adjuster, safety belt, backboard safety pad, and key switch winch control. •Four (4) Porter ppward fold wall mounted backstops rectangular glass backboard with height adjuster, key wwitch control. CLIN 0002 – Removal and disposal of two (2) existing wood bleachers. Dimensions: One (1) set of wood bleachers with 7 rows and 24 feet long with 2 -12 ft bleachers beside one another. The second set of wood bleachers (one (1) set each) of wood bleacher with 7 rows 20 feet long. Install the following therefore: •New Irwin telescopic seating gym bleachers Model 4500 – 7 rows X 24’.6” Plus end rails- Power Operation. Delivery Schedule: Provide best possible delivery date with quote. Delivery Location: Ft. Eustis, VA. ITEM DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE TOTAL: CLIN 0001 - 01 LO Quote Expiration:__________ TOTAL:_____________________ CLIN 0002 – 01 LO Quote Expiration:__________TOTAL:_____________________ NOTE: A Site Visit is schedule at the Youth and Sports & Fitness Center, 655 Williamson Loop, Fort Eustis VA. 23604 for Tuesday, September 22, 2015 at 10:00 AM (EST). Vendors who have access to Ft. Eustis, VA shall enter the facility and inquire as to the location. Contractors who do NOT have access to Ft. Eustis, VA are instructed to contact the Contract Specialist, Linda Nash-Gallaher, at Linda.Nash-Gallaher.ctr@us.af.mil or (757) 764-2241 to obtain access information. The following provisions and clauses are applicable to subject solicitation: FAR 52.204-19 - Incorporation by Reference of Representations and Certifications (Dec 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of clause) FAR 52.212-1 - Instructions to Offerors - Commercial Items (Apr 2014): Applies to this acquisition. Provision Addenda: All quotes shall include the following minimum information: Product Specifications, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/ to register. FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an "all or none" requirement and will be awarded on one contractor. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quotes will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quotes. FAR 52.212-4 - Terms and Conditions - Commercial Items: Applies to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2014): Applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-37, 52.225-13, and 52.232-33. FAR 52.219-1 -- Small Business Program Representations. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) The North American Industry Classification System (NAICS) code for this acquisition is 451110. (2) The small business size standard is $15M. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil (End of Clause) FAR 52.252-5 -- Authorized Deviations in Provisions. As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. FAR 52.252-6 - Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. FA4800 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC (to be completed at the time of award). issue By DoDAAC (to be completed at the time of award). Admin DoDAAC (to be completed at the time of award). Inspect By DoDAAC (to be completed at the time of award). (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. To be completed at the time of award. (2) For technical WAWF help, contact the WAWF helpdesk at 1-866-618-5988. (End of clause) AFFARS 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The following additional provisions or clauses are specific to this particular requirement: The full text of the following referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.211.06 Brand Name or Equal (August 1999) 52.212-1: Instructions to Offerors-Commercial Items 52.252-1: 52.212-4: Contract Terms and Conditions-Commercial Items Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. 52.219-6 Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222.43 Fair Labor Standards Act and Service Contract Labor 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. The full text of the following referenced DFAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 252.211-7003 Item Identification & Valuation (AUG 2008) 252.211-0006 Brand Name or Equal 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.225-7048 Qualifying Country Sources As Subcontractors Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010: Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 5252.NS-046P: Prospective Contractor Responsibility Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Quotes must be submitted to the Contract Specialist, Linda Nash-Gallaher.ctr@us.af.mill, NLT 4:00pm Eastern Standard Time, Friday, September 25, 2015. Contractor Name/Address Information: Cage Code (Mandatory): Tax ID # (Mandatory): POC: Phone Email: Fax: REQUEST FOR QUOTE-LANGLEY AFB VA 23665 Reference #: FA4800-15-Q-7800. Government POC: Linda Nash-Gallaher, Contract Specialist Phone: (757) 764-2241 E-Mail: Linda.Nash-Gallaher.ctr@us.af.mil Attachments: Attachment 1: Pictures of existing sports equipment/bleachers. Attachment 2: DOL Wage Determination 05-2543 (Rev. #18) Contracting Office Address: 74 Nealy Avenue Langley AFB, VA 23665-2088 United States Primary Point of Contact.: SSgt Christopher Townsend, Contracting Officer christopher.townsend.1@us.af.mil Phone: 757-225-1546
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-15-T-7800/listing.html)
 
Place of Performance
Address: Youth Sport and Fitness Center, Joint Base Langley-Eustis, VA 23665, Ft. Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN03897043-W 20150923/150922000356-1812928b3305a18d34e20fb6d5405b90 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.